SOLICITATION NOTICE
65 -- Reagents/Consumables for use on Titurus ELISA Anallylzer
- Notice Date
- 8/12/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Medical Command, Great Plains Regional Contracting Ofc, Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
- ZIP Code
- 78234-6200
- Solicitation Number
- W81K00-09-T-0300
- Response Due
- 8/22/2009
- Archive Date
- 10/21/2009
- Point of Contact
- Lydia Trevino, (210) 221-4868<br />
- E-Mail Address
-
Great Plains Regional Contracting Ofc
(lydia.trevino@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a solicitation W81K00-09-T-0300 of purchase request W58CFB9154N924 issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. The associated North American Industrial Classification System (NAICS) code for this procurement is 325413. Size standard is 500 employees. This RFQ is being issued as Firm Fixed Price, UNRESTRICTED. All responsible sources may submit a quotation which shall be considered by the agency. The requirements of this solicitation are for Reagents/consumables for use on Titurus ELISA Analyzer (2 each) for US Army, General Leonard Wood Army Hospital, Fort Leonard Wood, MO. Performance period: 1 Oct 2009 through 30 Sep 2010 (base year) plus four option years through 30 Sep 2014, FOB Destination. NOTE TO CONTRACTORS: Please submit pricing for each CLIN for the base period and option years through September 2014. Item No. DescriptionUnit Unit PriceTotal Amount 0001 Rental of Titurus ELISA Analyzer, #219500 or equal, 2 each, with PC Controller, Color Monitor, Printer, Operating Software; 1 year warranty; Includes #400534 UPS; #400823 External Bar Code Scanner; (4 ea) #219517 Carousel 12mm tubes; #219507 Carousel; #NPN105 Titurus Starter Kit; #219519 (4 ea) Performance Check Test Kit; Prepaid Shipping; Quantities: 12 Months; Performance period: 1 Oct 2009 through 30 Sep 2010 (base period). ___________________________ 0002 Quest Rubella IgG -243 per Year _______________________ P/N 01-100 0003 Quest Measles IgG Kits - 243 per Year______________ P/N 01-190 0004 Quest Varicella Zoster IgG 243 Kits per Year _____________ P/N 01-180 0005 Quest Mumps IgM 20 Kits per Year______________ P/N 01-200M 0006 Biomerica 219394 PTH 6 kits Per Year_______________ Salient characteristics: 1. Dual probe technology providing greater speed in pipetting patient samples and reagents. Able to use disposable tips or fixed probe. 2. Audible alarm. 3. Bench top and batch mode analyzer. 4. Open system that supports virtually any 96 well Enzyme Immunoassay Analyzer (ELISA) assays. 5. System that performs all steps of any Microplate ELISA for up to 8 different tests on an individual sample of group of samples. Able to dilute patient samples on board. 6. System that operates on windows based platform providing for ease of use. The software should independently schedule several consecutive groups of tests and processes consecutive batches simultaneously and continuous loading capability, without any user interaction. 7. A comprehensive quality control package to ensure accuracy of results. 8. Interface able to current laboratory information system. 9. Field service and field based applications specialist support. 10. The system should have the ability to read any commercially available patient barcode. 11. Capability to accept any size standard patient tube without the need to aliquot the samples. 12. System menu must support testing for the following EIA procedures: Rubella IgG, Varicella Virus IgG, Rubeola Virus IgG, Mumps IgM, PTH and Vitamin D, Autoimmune, Endocrinology and oncology profiles. 13. External barcode scanner. 14. Support assay testing with the following: Biomerica, Sera Quest and IDS reagents. 15. Line Items 0002 through 0006 are the associated reagents need for use on the brand name or equal system. NOTE: Award will be on an all or none basis, brand name or equal The following FAR and DFARS provisions and clauses apply to this solicitation: Delivery shall be FOB Destination to General Leonard Wood Hospital, Fort Leonard Wood, MO. Pricing quote shall include all applicable fees. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items. 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration, 52.211-6 Brand Name or Equal. 52.212-4 Contract Terms and Conditions Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 52.222-3, Convict Labor, 52.222-19 Child Labor Cooperation With Authorities And Remedies, 52.222-21, Prohibition of Segregated Facilities 52-222-26, Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans, 52.222-50 Combat Trafficking in Persons, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-18 Availability of Funds, 52.232-19 Availability of Funds for the Next Fiscal Year and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7036, Buy American Free Trade Agreement Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests Method of payment for this award will be through Wide Area Work Flow (WAWF), 252.232-7010 Levies on Contract Payments, 252.247-7023, Transportation of Supplies by Sea 252.247-7023 Alt III, Transportation of Supplies by Sea. Clauses Incorporated by reference FAR 52.252-2 and DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation), 252.212-7010 Levies on Contract Payments; 52.211-6 Brand Name or Equal. The following is incorporated full text for FAR 52.212-2 [Evaluation-Commercial Items]: a. The Government will award a contract resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. The following factors will be used to evaluate quotes: Technical acceptability and price. 1. Technical acceptability: If providing an equal item(s), comply with FAR Clause 52.211-6, Brand Name or Equal. Explain in detail how your company will meet the salient characteristics of the items as specified in the solicitation. Prospective contractors shall demonstrate that the product offered complies with the technical requirements described in the salient characteristics by submission of a written capability statement with their offer. 2. Price. 3. Evaluation Process: All quotes will be evaluated on overall technical acceptability. The award decision will be based on the lowest priced technically acceptable quote. Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. Offers are due by 22 Aug 2009, 12:00 PM, Central Standard Time. Submit offers via email to Lydia.Trevino@us.army.mil. Place of performance: General Leonard Wood Army Hospital Property and Services Branch 126 Missouri Avenue Fort Leonard Wood, MO 65473 UNITED STATES Contact: Lydia Trevino, Contract Specialist, Phone 210-221-4868, Email Lydia.Trevino@us.army.mil Contracting Office Address: Great Plains Regional Contracting Office MCAA GP BAMC 3851 Roger Brooke L31-9V Fort Sam Houston, TX 78234-6200 Point of Contact: Lydia Trevino, (210) 221-4868
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K00-09-T-0300/listing.html)
- Place of Performance
- Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX<br />
- Zip Code: 78234-6200<br />
- Zip Code: 78234-6200<br />
- Record
- SN01909702-W 20090814/090813001806-917ec4acaa51b405d1e3a708c91b87aa (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |